Loading...
HomeMy WebLinkAbout04 - Newport Coast Flow & Water Quality AssessmentCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 4 April 12, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Robert Stein 949 - 644 -3311 rstein @city. newport- beach.ca. us SUBJECT: NEWPORT COAST FLOW AND WATER QUALITY ASSESSMENT - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH WESTON SOLUTIONS RECOMMENDATIONS: 1. Approve a Budget Amendment increasing the current year appropriation for the Newport Coast Watershed Program, Account No. 7251- C5100779, by $125,000. 2. Approve a Professional Services Agreement with Weston Solutions Inc., of Carlsbad, California, for flow and water quality assessment tasks in Buck Gully and other canyons in Newport Coast at a contract price of $374,890 and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: The City has initiated a watershed management program for Newport Coast. One of the primary goals of this program is to protect sensitive marine life areas along this stretch of coastline from Little Corona to Morro Creek. Dry- weather runoff carrying pollutants, fertilizers or pesticides down the seven coastal canyons could be negatively impacting these marine life areas. This study will identify in detail, sources of dry- weather flow in Buck Gully and characterize the bacterial loading in the canyon. Additionally, this study will monitor flow and water quality at the canyon mouths of Morning Canyon, Pelican Point canyons, Los Trancos, Muddy Creek and Morro Creek. Seven firms responded to the City's request for qualifications /proposals: • DMc Engineering • Dudek & Associates, Inc. • Geomatrix • Miller Brooks Environmental, Inc. • Psomas • RBF Consulting • Weston Solutions SUBJECT: Newport Coast Flow and Water Quality — Approval of Professional Services Agreement with Weston Solutions, Inc. April 12, 2005 Page 2 The proposals were independently reviewed by four reviewers to evaluate each firm's qualifications, past experience on similar projects, and project understanding before ranking Weston Solutions Inc. (Weston) the highest. Upon selection, staff negotiated with Weston to provide the necessary scope of services for a fee of $374,890,Weston has completed dry and storm weather monitoring services competently and professionally on similar projects for the Cities of San Diego, Vista and Solana Beach as well as for other local agencies in Southern California. The scope of Weston's professional services will include obtaining existing data and reports, preparing a dry weather source identification plan, sampling and analysis plan and quality assurance project plan, conducting a dry weather source investigation, performing wet and dry flow and water quality investigations, preparing a drainage analysis of Buck Gully, performing a pollutant loading evaluations for the Newport Coast canyons, and preparing a watershed assessment report with recommendations. Environmental Review: This project falls under the Information Gathering class of projects and is therefore categorically exempt per CEQA Guidelines, Article 19, Section 15306. Funding Availability: The recommended Budget Amendment will increase the current fiscal year's appropriation by $125,000. These funds will be reimbursed from the Proposition 13 Newport Coast Watershed Program Grant. Upon approval, funds for the project will be available in the following account: Account Description Account Number Amount Contributions 7251- C5100779 $374,890 Prepared by: rv",t�4A ) X/\-- Robert S ein, Principal Civil Engineer Attachment: Professional Services Agreement Submitted by: Stephen G. Badum Public Works Director PROFESSIONAL SERVICES AGREEMENT WITH WESTON SOLUTIONS FOR NEWPORT COAST FLOW AND WATER QUALITY ASSESSMENT THIS AGREEMENT is made and entered into as of this _ day of 2005, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and WESTON SOLUTIONS, INC., a corporation whose address is 2433 Impala Drive, Carlsbad, California, 92008 ( "Consultant'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has initiated a watershed management program for Newport Coast, and is preparing assessments that will lead toward implementing measures to protect the marine life areas along the stretch of coastline from Little Corona Beach to Morro Creek in Newport Coast. C. City desires to engage Consultant to monitor flows and pollutants in eight Newport Coast canyons, including Buck Gully and Morro Canyon, and prepare a comprehensive Watershed Assessment Report with recommendations ('Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be David H. Pohl, Ph.D., P.E. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31 '` day of December, 2006, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services in accordance with the schedule included in Exhibit A. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Fee Schedule attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Three Hundred, Seventy -Four Thousand, Eight Hundred Ninety Dollars and no /100 ($374,890.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: 2 A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Fee Schedule as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated David H. Pohl, Ph.D., P.E., to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A and B or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Robert Stein, P.E., shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such 3 materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without 13 limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his duly authorized designee informed on a regular basis regarding the status and 5 progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or, higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed A under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. 7 F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and I accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project, 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 10 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Robert Stein, P.E. Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3322 Fax: 949 - 644 -3318 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: David H. Pohl, Ph.D., P.E. Weston Solutions, Inc. 2433 Impala Drive Carlsbad, CA 92008 Phone: 760 - 931 -8081 Fax: 760 - 931 -1580 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 11 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 12 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Aaron C. Harp Assistant City Attorney ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation Mayor for the City of Newport Beach WESTON SOLUTIONS, INC.: 20 (Include Title of Authorized Signatory) Print Name: Attachments: Exhibit A — Scope of Services Exhibit B — Fee Schedule F:\ USERS \PBW\Shared�Agreements \FY 04- 05 \WESTON- Newport Coast Flow C- 3748.doc 13 Exhibit A Ii V: Tit ".r � .'� .' -C L 1L:'- ..Y.• -f. Alf ,:� :+�,', '; -']LI_• .,tom= ti]ic . ;orkse mtrant "� ;�YeH -}iwrt B.cach;X'A .y�fiYi3: .. .. ' -�•_ =- ., c._ � -.' _ Mm 1l iS .y 2?3pa€aDui �. •..ter. �:Y . � Y =' , Car WN - ..A:_Y}�._. i 1. Task Related The City of Newport Beach (City) is creating a Newport Coast Watershed Program. The objectives of your Program are to: • reduce negative impacts to the Marine Life Refuge Areas i • stabilize and restoree the watershed canyons • create the groundwork for an evolving and refined watershed restoration and maintenance program through educational and training programs for City staff, the community and stakeholders j The City is seeking the services of an outside consultant to implement this program as outlined in your Proposition 13 grant proposal. You are seeking to hire a consultant for one year to: • identifv sources of dry- weather runoff in Buck Gully • determine characteristic flows and pollutant constituents in critical reaches of Buck Gully for dry- weather and storm flows • determine characteristic flows and pollutant constituents at (or near) the mouth the other seven coastal canyons Your consultant will compare and evaluate the pollutant loadings among the canyons and prepare recommendations for future monitoring and assessments. The Weston Solutions (formerly MEC Analytical Systems i team is the ideal group to serve you on this project. We have the ability and experience to operate this program for the City as specified in your request for proposal (RFP) and Your Proposition 13 grant application. a. Project Understanding Weston understands the importance of the proposed Newport Coast Flow and Water Quality Assessment project in further addressing the key objectives of the watershed program of reducing negative impacts to Marine Life Refuge Areas, stabilizing and restoring the watershed canyons, and creating the groundwork for restoration, maintenance, and community outreach program. The one -year program that is outlined in the RFP will provide the City with key data on dry weather sources, flow, loading and pollutant constituents in the mouth and reaches of Buck Gully; and at (or near) the mouth of the other seven coastal canyons. These program objectives will be the basis for the Data Quality Objectives stated in the Monitoring and Quality .Assurance Project Plans. The monitoring program will be developed to address these objectives as well as those that allow for comparison of the pollutant loading, and development of recommendations to minimize impacts to the canyons and receiving water. Our 'team's approach to this project begins with the identification of the overall and specific program objectives. The primary objectives of the Newport Coast Flow and Water Quality Assessment project are to identify sources of pollutants and loads in dry and wet weather flows, complete a drainage analysis for Buck Gully, and evaluate pollutant loading from the drainages within the study area In addition, it is important to leverase the results of the study so that the data can be applied to future regulatory requirements (e.g., NPDES permit requirements, ASBS issues, and TMDL load allocations) and serve as a baseline for future studies. lVeston Solutions has developed a thorough and balanced monitoring and investigation program Newport Coast Flow and Water Quality Assessment H that has been specifically designed to the unique characteristics of the study area to achieve the project's - short and long-term goals. The study design has been created using Weston's extensive experience in watershed assessments, particularly in areas with challenging, complex environmental questions. The primary elements that make the design effective are discussed below. JFlexibility. Weston has produced a study design that allows for flexibility in identifying sources of pollutants within the project area. As data from the basic monitoring is collected, it will be analyzed to identify areas within the watershed where pollutant loads are greatest. These areas will then become the focus of intense source investigations. The design is flexible in that it allows Weston to create an additional study plan to clearly identify the source or sources of pollutants in the watershed after the basic monitoring results have been analyzed. In this way the source investigations can be tailored specifically to the characteristics of the primary constituents of concern. Weston has been very successful in utilizing this flexible approach, in terms of achieving regulatory approval prior to project initiation and in answering complex environmental questions. • Innovation. The Weston study design for the project is innovative in several ways. It provides a combination of techniques to monitor flow and assess loads from the drainages within the project area, including complex mass loading stations to collect flow weighted composite samples during wet and dry weather events, flow measurement techniques ranging from automated samplers to stream ratings, and two constituent lists, which will provide the necessary load estimates while maximizing resources. In addition, the pollutant source investigations may utilize a variety of techniques with which Weston is familiar, ranging from field test kits to cutting edge molecular source tracldng and modeling. • Cost Effectiveness. The Weston approach to the project study design is very cost effective. It has been specifically designed to address both the short and long term objectives of the study while considering the unique characteristics of the project area. The design is tiered so that the majority of the resources (monitoring as well as chemistry) a'e applied to Buck Gully Creek and Moro Canyon where the majority of the information is needed. Intermediate resources are applied to Morning Canyon Channel, Los Trancos Creek, and Muddy Creek. Monitoring in the smallest drainages (Pelican Point Creek. Pelican Point Middle Creek, and Pelican Point Waterfall Creek) was nalUn red. In addition, because analytical costs can be a large portion of the watershed assessments, two constituent lists have been dev6.oped. Aalytes in Tables A & B from the California Ocean Plan wall be used where the most diverse constituent list and greatest loading are expected and to establish reference conditions. A focused list with. a reduced number of analytes that are expected to be seen in the watershed (based on experience with similar assessments) will be used in other areas, thus providing the required loading estimates for minimal cost. • Achieving Short and Long -Term Goals. As discussed above, there are several basic objectives that will be addressed with this study. However, due to the complex and dynamic nature of the rea laiory environment in California, Weston tries to leveraee the results of particular studies so that the basic objectives are achieved and the data can also be used to support future studies. The study, design for the ewport Coast Flow and Water Quality Assessment will provide a thorough analysis of constituents of concem and loadings within the watershed, as well as providing important baseline information for future regulatory issues, such as Areas of Special Biological Significance (ASBS) and TAfDLs. Newport Coast Flow and Water Quality Assessment WESTON SOLUTIONS NEWPORT COAST FLOW AND WATER QUALITY ASSESSMENT SUMMARY OF TASKS March 30, 2005 Task i — Research The effort under this task includes obtaining available data and reports pertinent to the flow and water quality assessment. Weston will complete the subtasks as stated in the Request for Proposal Scope of Work. The subtasks include: 1.1 Collect and Review Previously Prepared Studies and Land Use Plan within the Buck Gully Watershed Area. 1.2 Contact SCCW'RP for Water Quality Data 13 Review State and Federal Standards for 303(d) Streams in Area 1.4 Research Water Quality Issues with regard to Impact on Marine Refuge Areas The deliverable for this task will be a Technical Memorandum listing the documents and data obtained and review, a summary of the findings from this review, and identification any data gaps relevant to the Flow and Water Quality Assessment. Schedule Milestone: Completion of Technicallllemorandum on DataReriew Task 2 — Source Identification. Flow Measurement and Water Quality monitoring The subtasks under Task 2 include preparation of the work plans and completion of the flow and water quality monitoring. The work plans include the Dry Weather Source Identification Plan, Sampling and Analysis Plan (SAP) and Quality Assurance Project Plan (QAPP). The Source Identification Plan will be incorporated into the overall project SAP and QAPP, since the goals and objectives of the source identification program are tied to the overall SAP and QAPP. The SAP and QA-PP will be prepared as separate documents, but follow the same schedule. The subtasks for the work plans are as follows: 2.1 Submit Outline of the SAP & QAPP — Outlines will be submitted to the City for review Schedule Milestone: Submittal of SAP and OAPP Outline 12 Prepare Draft and Final Dry Weather Plan — The Dry Weather Source Identification Plan will be part of the SAP and QAPP. A separate plan will not be completed because the goals and methodologies are tied to the overall program discussed in the SAP and QAPP. Schedule Milestone: Submittal of Draft and Final Dt)., Weather Source Identification Plan 2.2.1 Reconnaissance Survey for Dry Weather Source Identification - During the preparation of the Dry Weather Source Plan, which will be incorporated in the SAP and QAPP, a reconnaissance survey will be performed to identify potential sources and highlight these finding in the plan to better focus the field program. 2.3 Prepare Draft and Final SAP —The draft SAP will be reviewed by the City of Newport Beach. Once review comments are received, the final SAP will be completed for final approval by the City. The SAP does not require approval by the S WRCB in order to proceed with the field program. However, a copy of the SAP will be provided to SWRCB for comment. Schedule Milestone: Submittal of Draft and Final SAP 2.4 Prepare Draft and Final QAPP - The draft QAPP will first be reviewed by the City of Newport Beach. Comments will be incorporated and the revised Draft QAPP will be submitted to the SWRCB and RWQCB for review. Once review comments are received, the final QAPP will be completed for final approval of the SR'RCB. The QAPP requires approval by the S'JJRCB in order to proceed with the field program. Schedule Milestone: Submittal of Draft and Final OAPP 2.5 Conduct Dry Weather Source Investigation — The dry weather source investigation will be conducted following approval of the QAPP during the summer and fall dry season to pinpoint dry- weather sources (stormdrains, private drains, irrigation runoff, groundwater seepage, etc The mean and standard deviation and maximum flows for each significant source will be determined. This investigation will be conducted in conjunction with the summer /fall dry weather sampling program. 2.6 Perform Wet and Dry Flow and Water Quality Investigations — These investigation will be conducted as three separate subtasks: 2.6.1 Summer — Fall Dry lVeather Flow Measurement and Sampling Program —(See Table 1 for Dry Weather Monitoring Program) 2.6 .2 Winter—Spring, Dry Weather Flow Measurement and Sampling Program — (See Table 1 for Dry Weather Monitoring Program) 2.6.3 Wet Weather Flow and Measurement Program -(See Table 1 for Dry Weather Monitoring Program) Task 3 —Buck Gullv Drainage Analysis Under this task, WR C will update the 10- and 100 -year hydrographs using the rainfall - runoff relationship derived from monitoring with correction pf groundwater seepage (if any) found from Tasks 5, 2.6.1 and 2.6.2. WRC will extend tae HEC -RES model to include the entire channel (using the 2 ft. topographic maps and assuming up to five additional sections) and perform hydraulic modeling using the new 10- and 100 -year hydrographs. Schedule Milestone: Submittal of Updated Hydrographs/Model Results Task 4 — Pollutant Loading Evaluations This task includes the following subtasks: 4.1 Calculate the Characteristic Pollutant Loadings Profiles for Buck Gully for the Wet and Dry Seasons 4? Calculate the Characteristic Pollutant Loadings at (or near) the Mouths f the Other Seven Canyons for the Wet and Dry Seasons 43 Compare the Pollutant Loadings Measured for Each Canyon with those Measured in the Reference Canyon, and if available, Watersheds in the SCC4VRP Program Database 4.4 Review and Analyze Existing Data for Correlations Between Constituents of Concern and AB411 Violation and Other Violations 45 Coordinate with the City's GIS Division and provide Pollutant and Flow Data to GIS is a usable electronic form. 4.6 Provide Recommendations Regarding Future Monitoring (these recommendations will be provided in the Watershed Assessment Report in Task 5) Schedule Milestone: Submittal of Draft and Final QAPP Task 5 — Watershed Assessment Report This task includes the preparation of the Draft and Final Watershed Assessment Report. The Watershed Assessment Report will present the findings of the dry weather source identification study and the wet and dry weather flow and water quality monitoring programs. Recommendations for future montoring and special studies will be included. The results of the pollutant loading evaluations under Task 5 will also be presented. Schedule Milestone: Submittal of Draft and Final ff atershed Assessment Report n Table 1. Summary of proposed monitoring elements for the Newport Coast Flow and Water Quality Assessment. Ocean Plan constituents at Ocean Plan constituents at mouth (App. C) for one mouth (App. C) for one Constituents to event, focused constituent event, focused constituent he analyzed list for other even: and at 6 list for other event and at 2 uostream sites within the upsneam sites within the waiars r. : 2. wate ar : 2) Sampling Sites I MLS at mouth and up to 4 and Locations sites within the watershed MLS at mouth and up to 2 sites within the watershed Focused constituent Focused constituent list at mouth and up Now sensor ano gran to 2 aternate sites Sampling Sites MLS at mouth and up to 6 MLS at mouth and up to 2 sample at mouth, Stream rating and and Locations upstream sites within the upstream sites within the stream rating and grab sample at mouth be analyzed watershed watershed grab sample at up to list (Table 2) watershed watershed 2 altemate sites Sampling 24 -hour automated 24 -hour automated 12 storm events 2 storm events Frequency composite at mouth, single composite at mouth, single Sampling Type grabs and Flow grabs and flow Single grabs at all Single grabs at all and Duration measurements at 6 measurements at 2 sites sites upstream sites within the upstream sites within the watershed watershed Sampling Frequency I Quarterly' Quarterly' I Quarterly' I Quarterly* Ocean Plan constituents at Ocean Plan constituents at mouth (App. C) for one mouth (App. C) for one Constituents to event, focused constituent event, focused constituent he analyzed list for other even: and at 6 list for other event and at 2 uostream sites within the upsneam sites within the waiars r. : 2. wate ar : 2) Sampling Sites I MLS at mouth and up to 4 and Locations sites within the watershed MLS at mouth and up to 2 sites within the watershed Focused constituent Focused constituent list at mouth and up list at mouth and up to to 2 aternate sites 2 alternate sites iTable 2r rTable 21 G '.IZ 5t 60` ai mg..l: with stream rating . I One station at mouth with stream rating and and one grab at I one grab at mouth mouth assumes two quarters for the program J i ' Automated composite at Automated composite at Sam lin T e p g YP mouth, sincie grabs and mouth, single grabs and One composite over One composite over and Duration flow measurements at 4 I flow measurements at 2 storm event storm event be analyzed upstream, sites within the upstream sites within the list (Tab e 2) list (Table 2) watershed watershed Sampling 2 storm events 2 storm events 12 storm events 2 storm events Frequency assumes two quarters for the program J i Ocean Plan constituents at Ocean Plan constituents at mouth (App, C) for one mouth (App. C) for one Constituents to event, focused constituent event, focused constituent Focus °c constituent Focused constituent be analyzed list for other even± and at 4 list for other event and at 2 list (Tab e 2) list (Table 2) upstream sites within the upstream sites within the watershed (Table 2) watershed (Table 2) assumes two quarters for the program J i u r f�t I r.fJ av — v $� Hill O P8 u o_ u C i 2 O 9_ F N Dn $� u£�➢ n C i N F F F. � gy p- y ° F u�$ !!ssSS C� o a 3 3 D <I <I of of a e r e a e. Pi m o e o o S e 3 N o ° ° ° U1 °I ul ♦ of r� T r of T� a� 3� �' 2 �I c! i� FI + 4j F c 3 3 I A a! I m p a� < m - i i 1 I 8 I� I c g ♦e- ° I B. b 4. Fee Proposal The table, belo'w provides the Reston Solutions current fee schedulee for each job classification =tom_ _ - Nov: rq -.d- Ath WWI w, �1 jCJI[. r`gC- .S;e flJy .a+ :;� P r•:;.. :;E .: ^�_, _.' y _'' �Ir, q INS �� - �, :..,l� T. at 35aA >' 'C3K:Mc o := -' -- S -b- Yanari35u sca S4 .: �nr. ;� =�,. ✓_ JIE::C;_.. ._ '.4 31. Aft 'A ISOC'V'dL wi :52o0'criui. TZ ._ .!•_]. �.�3 -- `�'.� \ a� ;M° c: - ^`• J.. AV :.C' :sl-p i:Jrl_ Newport '-oast Flow and Water Quality Assessment- Fee Proposal i€S +1 The table below provides the WRC Consulting Services current fee schedule for each job classification The table below provides a nor -to- exceed amount for the services to be provided. K7iF Ow isk 3 c� M G.1H .a a5nal j _ yf r 5 " Jt T 3q � w =; n202.�f. i`: �i li :GSA d:�' 4�n y— 'irJ'i2f5�, ^ -, a � ��.� i .. - ._F . -1•' e _ .: 7c �' f3 . ,�.'.. .'� .sue, �.'�.'� +;-,m:: � Not-lo�xceed•7lmount� x S Newport Coast Flow and Water Quality Assessment - Fee Proposal K 7' Table 2 — Labor Hour Summary The chart below provides an estimate of the number of hours needed for each task for each job classification in the scope of services. 3.4 re�are OAPP. 2 5 Cbnduct;Dq_'Neatrierimest gatior s z 24 2 o,:Fenorm *4- .,DryA'eatner Monitoring: 5c c: ae zz: f ;z Task 3 - Buck Gully Drainage Analysis. Task 4- Polllitarit Loading Evaluations. 4. ?oilutapt:!;caging.;or Buck Gully : " -.' 7..: l.: :-J , • _::.:=(..: 4 2 oiiu;aMLoadin s'io O.nei Ca dns 41 Comgare Polvarit ! c3args 4 4 COCNio:aib:,s Cor. e,aiicns G _ .. - 4:5 Provice C:y GS arrr: _ _ '.4 ii ?rov:de Recommenda:.ms Task 5- Watershed Assessment Report :. �.. The table below provides the WRC Consulting Services current fee schedule for each job classification The table below- provides a not- to- e,,;cecd amount for the sen'ices to be provided. Newport Coast Flow and Water Quality Assessment — Fee Proposal Task 2. -_53u ce easureml:r ; a6d. * ?er O'bali_v Mlonitcring $3Dd 96? TasO - Bxk,G-Ay.bra,nage A, plyss - - — — M. S:1 332 S?sk'4' ?o lu,Ant ?L�a� n9 cyal�atiori; 824.. i_ ?;k.5._114 rshed A'ssessiment_.Repor Not =fo= exceed Amounf:. 5:: #in Ran, Newport Coast Flow and Water Quality Assessment — Fee Proposal City of Newport Beach BUDGET AMENDMENT 2004 -05 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 055 AMOUNT: 5125,000.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance To appropriate $125,000 of a larger Proposition 13 grant to be utilized for Newport Coast Watershed Assessment studies. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description REVENUE ESTIMATES (3601) Fund /Division Account Description 255 48xx Prop 13 NCWS Grant EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Signed: Fin6ncial Approval: Administra.Dve Services Director Administrative City Manager City Council Approval: City Clerk Amount Debit Credit $125,000.00 Automatic $125,000.00 Date f Date Date Description Division Number 7255 Environmental Contributions Fund Account Number C5100779 Newport Coast Watershed Assessment Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Fin6ncial Approval: Administra.Dve Services Director Administrative City Manager City Council Approval: City Clerk Amount Debit Credit $125,000.00 Automatic $125,000.00 Date f Date Date